MODIFICATION
59 -- MODULAR COMMAND POST SYSTEMS
- Notice Date
- 8/14/2007
- Notice Type
- Modification
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N62473-07-R-4075
- Response Due
- 8/28/2007
- Point of Contact
- June Haynes, Contract Specialist, Phone 805-982-5095, Fax 805-982-3015, - Rita Bush, Contract Specialist, Phone 805-982-3927, Fax 805-982-4540,
- E-Mail Address
-
june.haynes@navy.mil, rita.bush@navy.mil
- Description
- This requirement is for Modular Command Post Systems (MCPS). This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. N62473-07-R-4075 is issued as a request for proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18. The North American Industry Classification System (NAICS) Code is 334111, Electronic Computer Manufacturing. The Small Business Size Standard number of employees is 750. The description of the supplies is: Overview: Modular Command Post Systems (MCPS) are self-contained, highly mobile, modular, and extensible systems comprised of hardware and software components that can be assembled to create an infrastructure that can be tailored to meet a wide variety of general and special purpose applications. Applications: Military Command and Control Applications Mobile Police Command Posts Security Monitoring for Large Events Civil-Military Operations Centers (CMOC) Chemical-Biological Incident Response Force (CBIRF) Ops Center Homeland Defense Applications Specifications: A framework structure adapts to handle small or large units and is easily packed, transported, and assembled without need for special tools. The framework structure is composed of a variety of standard truss structures made of 2 inch aircraft aluminum. The truss members lock together without tools to create mounting fixtures for horizontal and vertical work surfaces, video display panels, video projectors, lighting, speakers, and other personal equipment. Built-in power, video, and network cables increase readiness and reduce time for setup and rapid movement to new locations. Cable Management: All MCPS employ built-in cable plants that are composed of fiber optics, copper, or a combination. Power distribution can connect directly to mobile power equipment or be isolated by Uninterruptible Power Systems (UPS). Unique CAT-5 cabling and video switch configurations are used for video distribution. Video source and destination switching can be controlled using onscreen, graphic-based controls using Java plug-in technology. Video can also be distributed via the built-in networks using video compression techniques. Smart Table technology provides portable, folded tables with built-in cable and network components, to be ?ganged together? in a variety of configurations to be tailored to specific needs. Power and two networks are standard with clip-on video, audio, and digital voice terminal distribution systems available. Equipment: Use of laptop computers is ideal for size, weight and portability requirements. Virtually all types of laptops can be accommodated. Rack-mounted ?Blade Workstation? technology with single or dual flat-panel monitors enhances portability and reduces set-up time. Use of large flat panel and video projectors is supported by the framework and cable distribution system. Support processors, video and communications systems are packaged and tailored for each application and integrated with the built-in cable plant. Smart Table Concept minimum requirements: A compact and portable design. Molded polypropylene surfaces that are weather, impact, and scratch resistant. Powder coated or equivalent, steel reinforced frame (approximat/rough dimensions 72? W x 30? D x 29? H). Steel minimum 1.125? diameter legs that support up to a minimum of 200 lbs. Integrated handles for carrying ease (folded size 30? x 36? x 6.75? or smaller). Easy to stock and pack. Folds in half into a 3-foot section or smaller for efficient transportation and storage. Weight with integrated components is less than 50 lbs. System shall include: 1 each Frame assembly capable of handling the following minimum requirements: 3 each projectors with hangers 3 each 4' X 3' screens with hangers 3 each 4' x 3' white boards with hangers The above items must fit in no more than 2 hardened case with transport wheels. Also required: 24 each Folding Chairs; 2 cases capable of holding 12 chairs each; 12 Smart Tables; 3 cases capable of holding 4 tables each; 1 each power distribution system to support the above electrical items; 1 each video matrix 4 x 4 to support the supplied projectors; all manuals will be provided with the equipment. The requirement is for the following quantities and delivery: CLIN 0001 ? 18 each with delivery within 120 days after date of award; CLIN 0002 ? Option ? 9 each with delivery within 120 days after date of exercise of option. All deliveries shall be made FOB Destination to NFELC, Port Hueneme, CA 93043-4301. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government in terms of past performance, technical capabilities, and price. The evaluation criteria applies to both the base and option quantities. The Government may exercise the option within 365 days after the date of award. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on FEDBIZOPS at http:///www.fedbizopps.gov/ and on the NAVFAC Electronic Solicitation website (ESol) at http:///www.esol.navfac.navy.mil. It shall be the contractor's responsibility to check the websites for any amendments. Qualified parties are required to register for the solicitation at the NAVFAC ESol website. The Contractor is required to register with the Department of Defense Central Contractor Register (CCR) and the Online Representations and Certifications Applications (ORCA). No contract award will be made to any contractor that is not already registered or is in the process of registering on the CCR and ORCA. The DoD CCR can be reached at (866) 705-5711 or http://www.ccr.gov/. The following must be submitted with proposals: (1) three references for similar work, including the name and telephone number and, if known, an eMail address, of the point of contact, and a description of the items provided; (2) a narrative explaining the offeror?s technical capabilities to provide the requisite items; and (3) a price proposal. FAR provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be technical capabilities, price, past performance. Offerors are to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.217-5, Evaluation of Options, applies. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply. The following FAR clauses cited in 52.212-5 apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. FAR clause 52.217-7, Option for Increased Quantity -- Separately Priced Line Item. Proposals are due NLT August 28, 2007 3:00 PM (PDT). Submit proposals to Director, NAVFAC Southwest, Code RAQN0/Naval Base Ventura County, 1205 Mill Rd Bldg 850, Port Hueneme, CA 93043-4347, Attn: Mary Guerrant; or by FAX to (805) 982-3015, Attn: Mary Guerrant; or by eMail to Mary Guerrant at mary.guerrant@navy.mil.
- Place of Performance
- Address: CONTRACTOR'S FACILITY (ZIP CODE USED BELONGS TO REQUIRING ACTIVITY).
- Zip Code: 93043-4301
- Country: UNITED STATES
- Zip Code: 93043-4301
- Record
- SN01372477-W 20070816/070814222208 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |